FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
ID: N6274226R1304Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM PACIFICJBPHH, HI, 96860-3134, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is seeking qualified contractors for the FY24 Military Construction (MILCON) Project P-859, which involves the construction of a secure Phase 2 space at the Consolidated Headquarters located at Naval Support Activity Marine Corps Base in Guam. The project encompasses various construction elements, including architectural, fire protection, electrical, telecommunications, HVAC, and collateral equipment, with an estimated contract value between $10 million and $25 million and a completion period of approximately 423 calendar days. This opportunity is significant for firms specializing in commercial and institutional building construction, as it requires U.S. prime contractors with U.S. subcontractors and suppliers, all of whom must have valid Top Secret clearance. Interested parties should contact Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil or call 808-603-4464 for further details, and must submit required vetting forms to gain access to the Request for Proposal (RFP), which is anticipated to be released around December 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a certification form for U.S. companies responding to Request for Proposal (RFP) N62742-26-R-1304, related to the FY24 MILCON P-859, Consolidated Headquarters PHII, U.S. NAVSUPPACT, MCB Finegayan, Guam project. To qualify, companies must certify their status as a U.S. Company with an active Top Secret Facility Clearance Level. Key requirements include having corporate headquarters in the U.S., filing corporate and employment tax returns in the U.S. for a minimum of two years (if required) and providing an IRS business tax transcript, employing U.S. citizens in key management positions, and possessing an active Top Secret Facility Clearance Level. The form requires company details such as name, address, phone, SAM UEI, CAGE Code, and state of incorporation, along with a signature, printed name, title, and date, affirming the accuracy of the information provided.
    This document, Attachment (2) to RFP N62742-26-R-1304 for the FY24 MILCON P-859 Consolidated Headquarters PHII project in Guam, is a "CERTIFICATION OF U.S. CITIZEN" form. It requires U.S. companies bidding on the project to provide proof of U.S. citizenship for an individual, along with their Social Security Number and a signed Non-Disclosure Agreement (Attachment 3). Acceptable proofs of citizenship include a copy of a U.S. Passport, Birth Certificate, Certificate of Citizenship, or Certificate of Naturalization. The form emphasizes the accuracy and completeness of the submitted information. This certification is a mandatory component for eligibility in this federal government Request for Proposal.
    The document, "CERTIFICATION OF U.S. CITIZEN" for RFP N62742-26-R-1304, FY24 MILCON P-859, CONSOLIDATED HEADQUARTERS PHII, U.S. NAVSUPPACT, MCB FINEGAYAN, GUAM, outlines the requirements for U.S. companies to certify their citizenship. To prove U.S. citizenship, applicants must provide one of four acceptable documents: a copy of a U.S. Passport, a Birth Certificate (if born in the U.S.), a Certificate of Citizenship (or FS-240, DS-1350 if born outside the U.S.), or a Certificate of Naturalization. Additionally, a Non-Disclosure Agreement (Attachment 3) must be completed and signed. By signing the certification, the company agrees that the provided information is accurate and complete. This document is crucial for ensuring compliance with federal contracting requirements for the specified military construction project.
    This document is an Authorized Use and Non-Disclosure Agreement (NDA) for RFP No. N62742-26-R-1304, pertaining to the FY24 MILCON P-859, Consolidated Headquarters PHII project at U.S. NAVSUPPACT, MCB Finegayan, Guam. The agreement outlines strict conditions for handling "Restricted Use Information," specifically NAVFAC Specifications and Drawings (SPECS AND DRAWINGS) related to the project. This information is classified as Controlled Unclassified Information (CUI), Critical Infrastructure Security Information, Federal Contract Information (FCI), and Covered Defense Information (CDI). Recipients are limited to disclosing the SPECS AND DRAWINGS within their organization to personnel with a "need to know" who have also signed an NDA and U.S. Citizen Certification. The use of these documents is restricted to proposal preparation unless a contract is awarded. The agreement prohibits unauthorized disclosure and mandates the destruction of all SPECS AND DRAWINGS and derivative works if a contract is not awarded, with compliance to DFARS safeguarding and incident reporting requirements. The document emphasizes penalties for non-compliance and clarifies that its provisions do not supersede existing statutes or executive orders related to classified information or whistleblower protections.
    Similar Opportunities
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the Design-Bid-Build project P1556, which involves the construction of the 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project encompasses the construction of multiple buildings, including warehouses, maintenance shops, and covered storage areas, with an estimated construction cost ranging from $25 million to $100 million. The complex is critical for supporting the operational needs of the 1st and 2nd Battalions, 10th Marines, ensuring they have the necessary facilities for maintenance and operations. Proposals are due by January 8, 2026, and must demonstrate relevant corporate experience, a comprehensive management approach, and a commitment to at least 20% small business participation. Interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking contractors for a Multiple Award Construction Contract (MACC) focused on Design-Build and Design-Bid-Build projects primarily at the Portsmouth Naval Shipyard in Kittery, Maine, and the Norfolk Naval Shipyard in Portsmouth, Virginia. The MACC, with a not-to-exceed value of $4 billion, will encompass new construction, renovation, alteration, and repair of large general, industrial, and waterfront facilities, supporting the Shipyard Infrastructure Optimization Program (SIOP). This unrestricted competition aims to award approximately five contracts for a three-year base period with two additional one-year options, including an initial seed project valued between $25 million and $100 million. Interested contractors must be registered in SAM and can reach out to Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further inquiries. The solicitation is anticipated to be issued on or after November 25, 2025, with awards expected in the first quarter of FY27.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    P1360 Joint Maritime Facility, Newfoundland, Canada
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic, is preparing to issue a Request for Proposal (RFP) for the construction of the P1360 Joint Maritime Facility in Newfoundland, Canada. This project entails a Design-Bid-Build, Firm Fixed Price contract for a low-rise communication facility, which will include administrative, maintenance, and storage areas, as well as a communication vault and emergency power systems, while also involving the demolition of two existing buildings. The estimated project cost ranges from $25 million to $100 million, with a construction duration of approximately 550 days, and evaluations will focus on construction experience, technical solutions, safety, and past performance. Interested contractors should note that the RFP is expected to be released around December 22, 2025, and must be registered in SAM to submit proposals; for further inquiries, they can contact Stacy Mitchell or Kathleen Delashmitt via their provided emails.
    P1012 Munitions Storage Area Expansion in Moron, Spain
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic, is seeking contractors for the P1012 Munitions Storage Area Expansion project at Moron Air Base in Spain. This procurement involves a Design-Bid-Build, Firm Fixed Price contract to construct fifteen Earth Covered Magazines totaling 3,148 square meters (33,800 square feet) along with supporting facilities such as security fencing and utility improvements, in support of the European Deterrence Initiative. The estimated construction cost ranges between $25 million and $100 million, with a performance period of approximately 1,057 days, and the solicitation (N62470-26-R-0003) is expected to be available on sam.gov around December 11, 2025. Interested contractors must be registered in SAM and, for contracts exceeding 500,000 euros, must also register with the Spanish Ministry of Finance at specific classification levels; inquiries can be directed to Kimberly Hall at kimberly.a.hall124.civ@us.navy.mil.
    P215 Joint Interagency Task Force - S
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking contractors for a Design-Bid-Build (DBB) fixed-price construction contract for the P215 Joint Interagency Task Force – South Command and Control Facility in Key West, Florida. The project involves constructing a five-story facility that includes specialized spaces such as a Sensitive Compartmented Information Facility (SCIF), Operations Center, and Network Operations Center, along with robust mechanical and electrical systems designed to withstand Category 5 hurricane conditions. This procurement is significant for enhancing operational capabilities and security for the JIATF-S, with a project magnitude estimated between $250 million and $500 million. Interested contractors must ensure they are registered with the System for Award Management (SAM) and are encouraged to contact Sheila Borges or Lindsay Betteridge for further information, with proposals due no earlier than 30 days after the solicitation is released, which will be available on Sam.gov.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex in Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion deadline of 912 calendar days. The solicitation is specifically open to holders of the Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large general construction projects in the Hampton Roads area. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or 757-341-1973 for further details, while also noting the importance of acknowledging amendments and adhering to site visit requirements.
    Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is soliciting proposals for the Military Construction Project (MILCON) P1080, which focuses on Power Reliability and Water Resiliency Upgrades at the Portsmouth Naval Shipyard in Kittery, Maine. This project aims to enhance the electric and water utility systems critical for supporting nuclear-powered submarines and associated facilities, involving both on-base work and off-base modifications in collaboration with local utility providers. The procurement is unrestricted and will be evaluated based on both price and non-price factors, with a significant emphasis on corporate experience, scheduling, small business utilization, safety, and past performance. Interested contractors must submit their proposals, including various required forms and documentation, by the specified deadlines, and are encouraged to attend a pre-proposal conference on December 16, 2025, for further insights into the project. For additional information, potential bidders can contact Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.